U.S. Government Seeks Office Space in Independence, Ohio
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA) is seeking proposals for office and related space in Independence, Ohio. This Request for Lease Proposals (RLP) is for a fully serviced, turnkey lease requiring between 5,716 and 6,287 USF (ABOA) for a 10-year full term with a 5-year firm term. The Government is considering alternative space if economically advantageous, with a tenant improvement allowance of $60.67 per USF (totaling $346,789.72). Proposals are due April 17, 2026, by 4:00 PM CST.
Scope of Work
The required space must be located within a delineated area in Independence, Ohio, specifically North I-480, East Rte. 21, West Rte. 42, and South I-80. Key requirements include:
- Space Type: Office and related space, contiguous on one floor, with an efficient layout. Maximum 6,573 RSF.
- Location Criteria: Prime commercial office district, attractive surroundings, professional setting, not near residential areas, railroad tracks, power lines, strip malls, basements, or establishments selling alcohol/firearms. Must not be in a 100-year flood plain or wetland unless no other alternative. No living quarters in the building.
- Accessibility & Parking: Employee/visitor entrances connected to public sidewalks. Public transportation within 1000 feet (if provided by municipality). 14 parking spaces required, meeting local code, within 2 blocks or 600 feet.
- Building Standards: Must meet or be capable of meeting Government requirements for Security (FSL Level II), Fire Life Safety (FPLS Form 12000), and Handicapped Accessibility. Seismic compliance (RP 8) is also mandatory.
- Lease Type: Fully serviced lease, including janitorial, utilities, and tenant alterations. Government requires 24/7 access.
Contract Details
- Opportunity Type: Request for Lease Proposals (RLP)
- Product Service Code: X1AA (Lease/Rental Of Office Buildings)
- Set-Aside: None specified.
- NAICS: 531120 (Lease/Rental Of Office Buildings)
- Term: 10 years full, 5 years firm.
- Tenant Improvement Allowance: $346,789.72 ($60.67 per USF).
Submission & Evaluation
- Proposals Due: April 17, 2026, 4:00 PM CST.
- Submission Method: Electronically via the Requirement Specific Acquisition Platform (RSAP).
- Required Forms: GSA Form 1364 (Proposal to Lease Space) is critical. Offerors must also address seismic, fire/life safety, and security requirements using specified forms.
- Content: Expressions of Interest must include building details, site plans, public transit info, RSF/ABOA rates, TI amount, availability date, ownership, and parking.
- Evaluation: Award will be based on the lowest priced technically acceptable offer, following a two-step process.
- Registration: Offerors must be registered in the System for Award Management (SAM) and provide their Unique Entity Identifier (UEI).
Contact Information
All inquiries and Expressions of Interest must be submitted to June Beecham, Leasing Contracting Officer, at June.Beecham@gsa.gov or by phone at 312-636-7485.